Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOURCES SOUGHT

K -- UK Fire Control Simulator and Training Stimulation System-VMCC Windows Refresh

Notice Date
12/16/2016
 
Notice Type
Sources Sought
 
NAICS
#541330 — Engineering Services
 
Contracting Office
Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
 
ZIP Code
20374-5127
 
Solicitation Number
N00030-17-Q-P001
 
Archive Date
12/30/2016
 
Point of Contact
Alexander Miller, Phone: 2024338429
 
E-Mail Address
Alexander.Miller@ssp.navy.mil
(Alexander.Miller@ssp.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
A. DISCLAIMER THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. B. INTRODUCTION SOURCES SOUGHT NOTICE IAW PGI 206.302-1, SSP is currently conducting market research to identify any other potential and eligible vendors capable of fulfilling the requirements described in paragraph C below. NOTE: The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. C. REQUIREMENT The Contractor shall provide hardware and software maintenance, and a Windows Operating System update for the Mk 40 Mod 2 (UK) Training Stimulation System (TSS) and the Mk 98 Mod 7 (UK) Fire Control Simulator (FCSIM). The scope of the software maintenance efforts for this contract will take the development through final software delivery. The Contractor shall also provide a hardware update for the US & UK Electronic Classrooms. 1.Provide one US Electronic Classroom Hardware Kit. 2.Provide hardware update for the US TETS TSS-VMCC & Spares. 3.Provide hardware update for the US NSWCDD. 4.Provide hardware update for the UK Simulation Room. 5.Provide hardware update for the UK VMCC and Spares. 6.Provide a Windows Operating System update for FCSIM. 7.Provide Application Software updates for compatibility with the new OS. 8.Provide TSS Test Baseline Software. 9.Provide TSS Load Baseline Software. 10.Provide TSS SWDRR Package. 11.Provide a Cyber Security analysis for the US TETS TSS-VMCC upgrades. 12.Generate SPALT/FCO documentation as appropriate 13.Provide Installation Documentation. 14.Generate UK FCSIM System Acceptance Tests. 15.Provide Fleet Documentation updates as necessary. All efforts shall be performed in accordance with Ordnance Document (OD) directives Program Plan for SP23 Trainer Systems and the T9001B checklist dated September 9, 2015, Auxiliary Type, Development Phase, incorporated as part of the basic ordering agreement. The Period of Performance is estimated to be 36 months. D. RESPONSE DEADLINE Interested sources shall submit a brief capability package by 11:00 am ET on November 29, 2016 (10 pages or less) containing: 1) Company Name and Address, 2) Company Point of Contact, 3) Email Address, 4) Phone Number, 5) specifics addressing the tasking listed above and the company's capability, 6) experience and understanding in the development and deployment of the SSBN Fire Control Weapon System, 7) experience and understanding in the development and deployment of the Fire Control Simulation (FCSIM) including the WSV4 configuration (VMCC), 8) experience and understanding in the development and deployment of the Fire Control Weapon Training System - the Training Stimulation System (TSS), 9) experience performing cyber security analysis and accreditations in accordance with the SSP Information Assurance Program (SSP Instruction 5239.12, dated 11 October 2011), 10) related past performance, and 11) general corporate information. Facilities and US citizen personnel must have a Secret Clearance or higher, and be International Traffic in Arms Regulations (ITAR) compliant. In addition, prospective sources should be able to receive, generate, modify and store classified documentation Responders shall indicate which portions of their response are proprietary and should mark them accordingly. It is the responsibility of the interested businesses to monitor the FEDBIZOPS website for additional information pertaining to any potential acquisition and provide security clearances if necessary. Electronic responses are acceptable. Email electronic responses to Alexander Miller at email: Alexander.Miller@ssp.navy.mil with "Sources Sought" in the subject line of the Email. Contracting Office Address: SPN, 1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127 Place of Performance: SSP expects contract performance will occur primarily at Contractor's site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-17-Q-P001/listing.html)
 
Record
SN04354321-W 20161218/161216234525-9ee0ddf36c5dffcf612b8cc0d69d32f3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.